Night Vision Device Accessories and Training for Foreign Military Sales
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army is soliciting proposals for Night Vision Device (NVD) Accessories and Training to support Foreign Military Sales (FMS) through a Combined Synopsis/Solicitation (RFQ). The Government intends to award up to three (3) Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each lasting five (5) years, with a combined ceiling of $9,000,000.00. This opportunity is a 100% Total Small Business Set-Aside. Award will be based on the Lowest-Priced, Technically Acceptable (LPTA) offers with acceptable Past Performance. Proposals are due April 21, 2026.
Scope of Work
The contractor will provide Commercial Off-the-Shelf (COTS) NVD accessories and in-country training for various NVD types, including PVS-7, PVS-14, PVS-31, and AVS-6/AVS-9. Hardware items include:
- Purge Kits, Specialized Tool Kits, Standard Accessories Kits, and Tactical Accessories Kits.
- PVS-31 Battery Packs, Consumable Spare Parts.
- Various Test Sets (e.g., 4348/UV, ANV-20-20, ANV-126A types).
- Helmet Mount Adapters and Assemblies for different NVDs and helmet configurations. Services include:
- OCONUS Operator and Maintenance User Training: 5-day courses (3 days classroom, 1 day setup, 1 day wrap-up) for a maximum of 10 students per session, to be conducted at six specified Combatant Command (COCOM) locations (e.g., Cairo, Abu Dhabi, Frankfurt, Honolulu).
Contract Details
- Contract Type: IDIQ (up to 3 awards).
- Duration: Five (5) years.
- Value: Combined maximum of $9,000,000.00.
- Set-Aside: 100% Total Small Business.
- Delivery: 180 days After Receipt of Order (ARO) for items; 240 days ARO for training.
- Warranty: A minimum one-year commercial warranty is required, which must be extended to the final FMS customer. The contractor is responsible for transportation costs for warranty repairs, with a 30-day repair turnaround time.
- Shipping: Vendors will not ship items directly; the cognizant DCMA office will arrange pick-up. Partial shipments are not allowed, but early deliveries are authorized.
Evaluation & Award
Award will be made to the responsible offerors submitting the Lowest-Priced, Technically Acceptable (LPTA) proposals. The Government will evaluate proposals based on price, technical acceptability, and past performance. Technical evaluations will begin with the lowest average priced proposals until three technically acceptable offers are identified. Offerors must provide a detailed technical proposal demonstrating compliance with salient characteristics, specification/data sheets for each item, and their CMMC Level 2 (Self) unique identifier (UID). SAM and WAWF registrations are mandatory prior to award.
Key Dates & Contact
- Questions Due: April 14, 2026.
- Proposals Due: April 21, 2026, 5:00 PM EST.
- Contact: Patrick Siemon, patrick.d.siemon.civ@army.mil.
- Attachments: Critical pricing spreadsheets for hardware (CLINs 0001-0052) and in-country training (CLINs 0053-0056) must be completed. The Performance Work Statement (PWS) details all requirements.